SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA

    Airport Materials Testing and Inspection Services

    Issued by Orange County - California
    countyRFQOrange County - CaliforniaSol. 252465
    Closed
    STATUS
    Closed
    due Apr 24, 2026
    PUBLISHED
    Apr 3, 2026
    Posting date
    JURISDICTION
    Orange County
    county
    NAICS CODE
    541350
    AI-classified industry

    AI Summary

    Orange County's John Wayne Airport seeks qualified firms for materials testing and inspection services on an as-needed basis to support airport infrastructure projects. Multiple awards possible. SOQ due April 24, 2026.

    Opportunity details

    Solicitation No.
    252465
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    April 3, 2026
    Due Date
    April 24, 2026
    NAICS Code
    541350AI guide
    Agency
    Orange County - California

    Description

    As a regional service provider, the County of Orange (County), consisting of 25 departments (and its respective divisions) delivers a broad range of services to the citizens of Orange County. Services provided include public protection, public health, infrastructure maintenance, and community and social services. It is the primary responsibility of the County’s John Wayne Airport department to enrich the community through efficient delivery and maintenance of public works infrastructure, planning, capital improvement, and development services.

    John Wayne Airport (JWA) on behalf of the County of Orange requires supplemental professional services to meet workload demands and project scheduling commitments in relation to Materials Testing and Inspection services for various projects. To supplement existing resources, County intends to issue “Airport Materials Testing and Inspection Services” for use by JWA on an "as-needed" basis.

    The County reserves the right, at its sole discretion, to make multiple awards to respondents for services requested in this solicitation.

    Background

    John Wayne Airport, owned and operated by the County of Orange, is the only commercial airport in Orange County, California.  JWA is located approximately 35 miles south of Los Angeles, between the cities of Costa Mesa, Newport Beach, and Irvine.  JWA serves a population of approximately three million people in 34 cities and the unincorporated areas of Orange County.  JWA is one of five airports providing commercial air transportation services in the Southern California/Los Angeles basin.

    Twelve commercial airlines provide commercial passenger service at JWA providing nonstop service to more than 40 destinations in the United States, Canada and Mexico.  In 2024, JWA served approximately 11 million passengers. Two all-cargo carriers operate at JWA, carrying approximately 16,231 tons in 2024.  The majority of flight operations are generated by privately owned and operated general aviation aircraft.  Services offered to the general aviation community range from full-service Fixed Based Operators to specialized service providers.

    John Wayne Airport intends to pre-qualify firms to provide Materials Testing and Inspection services for various projects. To satisfy this need, it is John Wayne Airport's intent that this RFQ process will enable the County to establish Qualified Vendor Lists (QVL) to provide those services. The QVL is typically renewed at least once every three to five years to give additional firms an opportunity to participate. The County reserves the right, at its sole discretion, to make multiple awards to respondents for services requested in this solicitation.

     

    Project Details

    • Reference ID: 280-3021601-JM
    • Department: John Wayne Airport
    • Department Head: Charlene Reynolds (Airport Director)

    Important Dates

    • Questions Due: 2026-04-10T21:00:56.634Z

    Evaluation Criteria

    • Qualification and Related Experience/Technical Expertise (400 pts)
    • Key Personnel/Proposed Staffing (175 pts)
    • Availability to Perform Services (250 pts)
    • SOQ Organization/Completeness of Response (150 pts)
    • Compliance with the County Model Contract (25 pts)

      * NOTE: RESPONDENTS SUBMITTING EXCEPTIONS TO THE COUNTY MODEL CONTRACT LISTED IN ATTACHMENT A OF THIS RFQ, SHALL RECEIVE A SCORE OF “0” FOR THIS CRITERIA.

    Submission Requirements

    • Compliance Statements (PART 1)

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Cover Letter/Executive Summary (required)

      All SOQs must be accompanied by a cover letter of introduction and executive summary of the SOQ. The cover letter must be signed by person(s) with authority to bind the Respondent. If the Respondent is a corporation, two (2) signatures are required: one (1) signature by the Chairman of the Board, the President or any Vice President; and one (1) signature by the Secretary, any Assistant Secretary, the Chief Financial Officer or any Assistant Treasurer. The signature of one person alone is sufficient to bind a corporation, as long as he or she holds corporate offices in each of the two categories described above. For County purposes, proof of such dual office holding will be satisfied by having the individual sign the instrument twice, each time indicating his or her office that qualifies under the above described provision. In the alternative, a single corporate signature is acceptable when accompanied by a corporate resolution demonstrating the legal authority of the signatory to bind the corporation. An unsigned or improperly signed SOQ submission is grounds for rejection of the SOQ and disqualification from further participation in this RFQ process. All SOQs shall include in this first section, the Cover Page of this RFQ and any subsequent addenda issued to this RFQ with appropriate signatures as required.

    • Validity of SOQ (required)

      The County requires that all SOQs be valid for at least three hundred sixty-five (365) calendar days. Submissions not valid for at least three hundred sixty-five (365) days will be considered non-responsive. The Respondent shall state the length of time for which the submitted SOQ shall remain valid below:

      Please state 365 calendar Days if your SOQ will be valid for that period of time. If your SOQ will be valid for a different period of time please list the appropriate number of calendar days. 

    • Certification of Understanding (required)

      The County assumes no responsibility for any understanding or representation made by any of its officers, employees or agents during or prior to the execution of any Contract resulting from this solicitation unless: 

      1. Such understanding or representations are expressly stated in the Contract; and 

      2. The Contract expressly provides that the County therefore assumes the responsibility. 

      Representations made but not expressly stated and for which liability is not expressly assumed by the County in the Contract shall be deemed only for the information of the Respondent. 

      Respondent certifies that such understanding has been considered in this response.

    • Minimum Qualifications/Essential Requirements for Qualifications Statement (required)

      Respondent shall certify that it meets all minimum qualifications and requirements set forth above in this solicitation.

    • Certificate of Insurance (required)

      The Respondent shall certify its willingness and ability to provide the required insurance coverage and certificates as set forth in the Model Contract.

    • W-9/W-8 Requirements (required)

      The Respondent shall certify its willingness and ability to provide the required W-9/W-8 Requirements as indicated herein.

    • Department of the Treasury, Internal Revenue Service Form W-9 Requirements

      Effective June 3, 2006, all Contractors, entering into a Contract with County, who are not already established in Countywide Accounting and Personnel System (CAPS) as an Auditor-Controller vendor, will be required to submit to County a federal Form W-9, or form W-8 for foreign vendors.  County will inform Contractor, at the time of award, if the Form W-9 or W-8 will be required.

      In order to comply with this County requirement, within ten (10) days of notification of selection of award of Contract but prior to official award of Contract, the selected Contractor agrees to furnish to Contract administrator, DPA, or the agency/department deputy purchasing agent the required W-9 or W-8.

      You may upload the appropriate form here or comply within the ten (10) days as described above. 

    • Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions

      The Respondent must complete the following two certification statements. The Respondent must indicate its current status as it relates to tax delinquency and felony conviction by selecting the applicable response. The Respondent agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts.

    • Conflict of Interest (required)

      Respondent must certify and select option 1 or 2 below: 

      1. Respondent certifies current/past financial, business or other relationship(s) with the County exist/existed as follows: 

      1. Disclose any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide. 

      2. Disclose any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.

      2. Respondent certifies that no relationships exist/existed as outlined in item 1 above. 

    • Statement of Compliance (required)

      A statement of compliance with all parts of this RFQ or a listing of exceptions and suggested changes must be submitted in response to this RFQ. Respondent must certify either Yes OR No:

      • Yes: This response is in strict compliance with said Request for Qualifications, including the terms and conditions set forth in the Contract and its Attachments, and no exceptions thereto are proposed. 
      • No: This response is in strict compliance with said Request for Qualifications, including the terms and conditions set forth in the Contract and its Attachments, except for those proposed exceptions listed in a separate attachment hereto.
    • Attachment for each proposed exception must include: (required)
      1. The RFQ page number and section of the provision Respondent is taking exception to; 
      2. The complete provision Respondent is taking exception to;
      3. The Respondent’s suggested rewording;
      4. Reason(s) for submitting the proposed exception; and
      5. Any impact the proposed exception may have on cost, scheduling, or other areas.
    • Non-Collusion Declaration - A (required)

      Has your firm ever initiated discussions with competing consulting firms about the payment structure of an existing or potential future contract with the County of Orange?

      The County of Orange may require that the Respondent, before awarding any subcontract, secure Non-Collusion Declarations from proposed Subcontractors. The County of Orange does not conduct business with Respondents who engage in the act of Collusion. A “Yes” answer may preclude you from moving forward in the RFQ Process.

    • Reason for Collusion: (required)
    • Non-Collusion Declaration - B (required)

      If not, has your firm participated in any discussions with competing firms in an effort to influence the payment structure for existing or potential County contracts? Respondent must select one (1). A “Yes” answer may preclude you from moving forward in the RFQ Process.

    • Provide names of competing firms: (required)
    • Litigation against County of Orange in the past seven (7) years (required)

      Respondent must certify either Yes or No:

      1. (Yes) Respondent certifies current/past litigation as follows:

        1. Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, against County of Orange in the past seven (7) years.

      2. (No) Respondent certifies that Respondent or any proposed subcontractors do not have any past or current litigation described above. 
    • Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving any proposed subcontractors, or any company that holds a controlling interest in subcontractor firm(s), against County of Orange in the past seven (7) years. (required)
    • Name/Ownership Changes (required)

      Respondent must certify either Yes or No below:

      1. (Yes) Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm and any proposed subcontractor firm, as follows:

        1. Respondent shall provide detailed information regarding any company name changes (including legal business names) in the past seven (7) years.

      1. (No) Respondent certifies that Respondent or any proposed subcontractors have not had any company name change or ownership changes in the past seven (7) years.

    • Respondent shall provide detailed information regarding any company ownership changes (including legal business names) in the past seven (7) years.  (required)
    • Levine Act Requirement (required)

      The Levine Act compliance is a minimum submittal requirement of this solicitation. A Respondent’s failure to review the attachment “Campaign Contribution Disclosure Information” and provide a completed and signed copy of the attachment will render its SOQ submittal incomplete and nonresponsive. 

      Please complete and sign attachment “County of Orange Campaign Contribution Disclosure Form” attached hereto.

    • Statement of Economic Interest (Form 700) (required)

      If subject to the Act, Respondent shall conform to all requirements of the Act. Failure to do so shall constitute a material breach and is grounds for immediate termination of the Contract by County. Respondent shall indemnify and hold harmless County for any and all claims for damages resulting from Respondent’s violation of this Section. 

    • Is your firm certified as a Small Business Enterprise (SBE)? (required)

      To participate as a SBE, the requirements in the SBE PREFERENCE must be met.

       

    • Small Business Enterprise (SBE) Certification(s) (required)
    • Contractor Safety (required)

      Contractor shall comply with County’s Safety and Loss Prevention Policy and Procedure #306 (“Contractor  Safety Responsibilities”) and submit a copy of its Injury and Illness Prevention Program (IIPP) and  Contractor Safety-Activity Checklist to the designated County Procurement staff as part of the solicitation  and/or contract process. Contractor will notify County Project Manager of any revisions to the Safety-Activity Checklist and will provide a new Safety-Activity Checklist upon County request. The IIPP shall comply with California Code of Regulations, Title 8, Section 1509 or 3203 (whichever applies). Contractor shall submit other safety programs that pertain to the type of job that will be performed on site. County reserves the right to conduct inspections and audits as necessary for the purpose of evaluating any aspect  of safety performance under this Contract.

    • I HAVE READ, UNDERSTOOD AND AGREE TO ALL STATEMENTS IN THIS REQUEST FOR QUALIFICATIONS, AND TO THE TERMS, CONDITIONS AND ATTACHMENTS REFERENCED HEREIN. (required)
    • Company Profile & References (PART 2)

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Company Legal Name: (required)
    • Company Legal Status (corporation, partnership, etc.): (required)
    • SAM.gov Confirmation* (required)

      Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than seven (7) calendar days prior to the due date of this bid.

    • Active licenses issued by the California State Contractor’s License Board: (required)

      Enter License Number

    • DIR Registration No: (required)
    • Corporate Office Address: (required)
    • Local Business Address: (required)

      (If more than one, include all)

    • Telephone Number: (required)
    • Fax Number: (required)
    • Email Address: (required)
    • Length of time Respondent has been in business: (required)
    • Length of time at current location: (required)
    • Is your firm a sole proprietorship doing business under a different name?: (required)
    • If yes, please indicate sole proprietor’s name and the name you are doing business under: (required)
    • Is Respondent incorporated?: (required)
    • If yes, State of Incorporation: (required)
    • Contract Signature Authority - Executive Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Executive Signer Authority comes from the President, Vice-President, or Chairperson of the Board.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority - Financial Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Financial Signer Authority comes from the Secretary, Assistant Secretary, Chief Financial Officer, or Treasurer.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority (required)

      If not incorporated, please provide the name, contact number, and email of the person who has the binding and signature authority of this contract.

      • Contact Full Name:
      • Contact Title:
      • Contact Number:
      • E-mail Address:
    • Unique Entity Identifier Number (UEI) (required)

      If applicable, the County requires a valid UEI number. If needed, your company may obtain one at no cost at https://sam.gov/entity-registration. 

    • California Secretary of State registration - active and in good standing (required)

      Please upload your active certificate from the California Secretary of State.

      CA Sec. of State Verification Link = https://bizfileonline.sos.ca.gov/search/business

    • Federal Taxpayer ID Number: (required)
    • D-U-N-S Number (required)

      Please provide your company's DUNS number. 

      The County requires a valid D-U-N-S number prior to Contract Award. If needed, your company may obtain one at no cost at www.dnb.com.  If you are unable to provide/obtain a D-U-N-S number, please indicate so in lieu of the number. 

    • California Department of Justice, Office of Attorney General active registration (required)

      Please provide your active (registration status is current) 

      • RCT Registration Number
      • Renewal/Expiration Date

      DOJ Verification Link - https://rct.doj.ca.gov/Verification/Web/Search.aspx?facility=Y

    • Active licenses issued by the California State Contractor’s License Board: (required)

      Enter License Number

    • Regular business hours: (required)
    • Regular holidays and hours when business is closed: (required)
    • Contact person in reference to this RFQ: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Accounts Payable: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Name of Project Manager: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • In the event of an emergency or declared disaster, the following information is required: (required)

      Please include the following information in your response:

      1. Name of contact during non-business hours:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Minimum Requirements (required)

      To be eligible to respond to this solicitation, the Respondent must demonstrate sufficient capacity, resources, qualifications and experience to provide the professional services in their discipline, as required by the County. SOQ should meet the following minimum requirements and qualifications to proceed to the evaluation and scoring process. Any Respondent that fails to meet all of the minimum qualifications/requirements may be noted as “non-responsive” and their SOQ will not be evaluated. (If answer any question below is “No” or “N/A, please provide reason.

    • Licensing and/or Registration: (required)

      Professionals shall maintain all necessary certifications, licensing or registration required by the State of California to provide services in the State of California and/or be qualified in the specific field. (Note: Some roles/duties associated with Materials Testing and Inspection services may not require certifications, license and/or registration.) If No (or N/A), Select No.

    • If your answer above was No or N/A, provide reason: (required)
    • Minimum Years of Experience (required)

      Minimum of five (5) years of experience for discipline which Respondent is submitting a SOQ. If No, provide reason for submitting a SOQ with less than required minimum years of experience.

    • If No, provide reason for submitting proposal a statement with less than required minimum years of experience. (required)
    • References: (required)

      At a minimum, Respondent must provide a minimum of five (5) references to which it has provided services for each proposed discipline. If available, such references should be representatives of California jurisdictions to which the Respondent is currently providing, or has provided, services within the last five (5) years. Only one (1) reference may be used for projects completed for the awarding body of the County of Orange. In addition, it is encouraged that at least three (3) of the references are related to on-going and/or completed Airport related projects. References shall be provided in the format specified in Part 3. If No, provide reason for submitting a SOQ with less than required minimum of references. 

    • If No, provide reason for submitting a SOQ with less than required minimum of references.  (required)
    • Specific Minimum Requirements (required)

      Specific Minimum Requirements, if any, as listed in the Introduction and Instructions to Respondents section, "Evaluation Process and Criteria” paragraph. If No, provide reason. 

    • If No, provide reason.  (required)
    • Insurance Requirements (required)

      Insurance Requirements, prior to entering into a contract with the County, Respondent must provide insurance requirements as required by the County. Affirm ability to provide appropriate insurance in adequate amounts as listed in the Model Contract, "Insurance” paragraphs. If No, provide reason. 

    • If No, provide reason.  (required)
    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Respondent's SOQ (PART 3)

      30 single-sided pages maximum for this response section. No exceptions.

      Page count is inclusive of resumes and Section 3.7. Additional Information. Page count does not include County provided forms, cover page, or dividers.

      Note: SOQs that exceed the page limit noted above will be disqualified from further consideration.

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Qualifications and Related Experience/Technical Expertise (required)

      This section of the SOQ will establish the ability of Respondent to satisfactorily perform the required work by reasons of qualification and experience in performing services of a similar nature, demonstrated competence in the services to be provided, strength and stability of the team, staffing capability, work load, record of meeting schedules on similar projects, and supportive client reference. As part of its response to the following, Respondent should justify how the minimum qualifications/requirements of Scope of Services for particular Discipline have been satisfied. 

      1. Respondent shall provide:
        1. A brief profile of your firm, including the name, a brief history, description of your firm, types of services offered; 
          1. The year founded; 
          2. Form of the organization (corporation, partnership, sole proprietorship)
          3. Number of employees
          4. Size and location of offices
          5. Staff and technical capabilities and the type of services that the Respondent is qualified to perform, including any discipline where the Respondent has special expertise. 
        2. Describe the Respondent’s experience in performing work of a similar nature to that solicited in this RFQ. 
        3. Describe Respondent’s availability to perform requested services on County projects. Include experience with other governmental agencies in California.
        4. Evidence to demonstrate that Respondent’s personnel and/or firms are certified and/or licensed in all areas relevant to this Contract.
      2. Limit each project example to one (1) page. Describe at least three (3) project examples completed in Southern California that demonstrate the Respondent’s qualifications and experience which best illustrate proposed firm’s qualifications for the services noted in the Scope of Work section. If the discipline includes sub-discipline(s), include projects examples that demonstrate qualifications and experience for each sub-discipline. Examples may include, but are not limited to the following: 
        1. Firms/Key Personnel involved with this example project. 
        2. Scope, size, cost, principal elements and special features of the project (include photos). 
        3. Relevance of the example project to Services.
    • Key Personnel/ Proposed Staffing (required)

      This section of the SOQ should establish the qualifications of the proposed staff to provide the services noted in the Scope of Work.

      Respondent shall use County form provided.

      Note: The aggregate money value of the sub-contractors work for any A-E Contract with the County should not constitute more than forty-nine percent (49%) of the total work under the A-E Contract.

      1. Respondent shall:
        1. Complete the attachment and submit hereinto:
          1. Provide the names of key staff (including names, titles, and current staff who may be assigned to Services, including resumes, licenses and certifications held by those individuals, years of related experience, and length of time with the firm. 
          2. Identify subcontractors (if any) that will be assigned to perform services listed in the Scope of Services, by company name, address, contact person, telephone number and project function. 
      2. Include names, titles and current resumes of proposed key personnel detailing their technical expertise which qualifies them for proposed work, experience directly related to proposed work (identify similar projects), function and responsibility related to proposed work, qualifications licenses/certifications. This key personnel information shall be sufficient to provide confirmation to the County that the firm has adequate staff and the ability to assist in Services as needed.
    • Availability to Perform Services (required)

      This section of the SOQ should demonstrate availability of experienced personnel/resources of the firm’s ability to perform both current and anticipated Services to the County. 

      This section should include such items as: statement of commitment of ability/availability to perform Services to the County, proposed methods of approaching/completing Services, identification/ acknowledgement of adequate staff, resource allocations, and other solutions by the Respondent to provide/accomplish Services to the County as described in the Scope of Work section.

    • SOQ Organization/Completeness of Response (required)
    • Compliance with the County Model contract (required)

      Respondents submitting exceptions to the County Model Contract of this RFQ, will receive a score of “0” for these criteria. 

    • References (required)

      Provide a minimum of five (5) references of clients to which respondent has provided services for the proposed discipline. If available, such references should be representatives of California jurisdictions to which the Respondent is currently providing, or has provided, services within the last five (5) years. Only one (1) reference may be used for projects completed for the County of Orange. In addition, it is encouraged that at least three (3) of the references are related to on-going and/or completed Airport related projects. Reference information should be provided as listed below. Do NOT provide reference letters at this time.

      1. Client Name – only one can be from the County of Orange
      2. Address
      3. Contact information (name, phone number, and email)
      4. Project Name/Description
      5. Date of Project
    • Additional Information (required)

      Any additional information Respondent would like to add related to contract service. 

       

    • Upon recommendation of contract award, Respondent will be required to submit the following documents within ten (10) days of County notification, unless otherwise specified in the RFQ: (required)
      1. Insurance Certificate(s) of Insurance including additional Insured Endorsement(s) (see Model Contract). 
      2. W-9 Current signed form W-9 (Taxpayer Identification Number & Certification) which includes Respondent’s legal business name(s). 
      3. Signed Contract – Selected Respondent will be required to sign a contract upon award. If awarded Respondent is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation.
    • Team Organizational Information (required)

      Confirmation that your team is including a 25% goal for certified SBE participation.  This may be achieved through sub-consulting the work or through the prime being certified as a SBE.  The 25% goal is achieved through overall contract participation and may vary on each task order.  If participation is not achieved, Respondent shall submit Good Faith Effort (GFE) demonstrating attempt to achieve participation.

    • FAA CERTIFICATION OF COMPLIANCE (required)

      Please download the below documents, complete, and upload.

    • FEDERAL AVIATION ADMINISTRATION (FAA) REQUIREMENTS (required)

      I have read the FEDERAL AVIATION ADMINISTRATION (FAA) REQUIREMENTS *


    • Will QVL be included in this project? (required)
    • Does this require FAA solicitation language? (required)
    • Vendor Pricing (required)

      How do you want to receive pricing from vendors for this project?

    • Minimum Years of Experience (required)

      Change the number of years as necessary, but use the same format as shown below.

    • Page Limit for Part 3, Respondents SOQ (required)
    • Is this a Construction project over $5 Million (required)
    • Staffing Plan? (required)

      Do you want vendors to submit a staffing plan for this project?

    Questions & Answers

    Q (Submittals): Should our SOQ be uploaded as a single document, or should it be submitted online section by section within the “Vendor Responses” area?

    A: SOQ response documents should be uploaded to their respective sections in Part 3. Respondent's SOQ.


    Q (No subject): Is it possible to submit for just the Geotechnical portion?

    A: Proposals should address the services noted in the RFQ.


    Q (Questionnaire Question): In Part I, Section 1.9 Conflict of Interest, one of the possible responses is "Respondent certifies current/past financial, business or other relationship(s) with the County exist/existed as follows." There is no place to list a response to "as follows." Are we supposed to provide that information in the SOQ portion of our response? Please advise.

    A: Part I, Section 1.9 Conflict of Interest has two answer options. The first option "Respondent certifies current/past financial, business or other relationship(s) with the County exist/existed as follows" corresponds to the information listed for Option 1, Item i. and Item ii.


    Q (5.1.20 Levine Act Requirement ): The link for the Levine Act Requirement document on the RFQ sends an error message, could you please provide a new link or the document for this section.

    A: There are no issues with the download on our end. If you are unable to download the document, please contact OpenGov for customer support.


    Q (Prevailing Wage): Does JWA anticipate any funding for their CIP projects that will be in any way funded by State funds requiring compliance with State of California Prevailing Wage?

    A: Assignments/projects utilizing the services of this contract will be evaluated and consider all available and applicable funding sources.


    Q (References): The RFQ (on p. 44 of 65) states "Provide a minimum of five (5) references of clients to which respondent has provided services for the proposed discipline." Is that a minimum of five TOTAL or a minimum of five references for each of the scope items listed in the RFQ (beginning on page 17 of 65 starting with A. Materials Testing and Inspection Services/Requirements and ending with F. Supplemental Geotechnical Services) for a total minimum of 30 references?

    A: The requirement is a minimum of five (5) total references.


    Q (California Department of Justice, Office of Attorney General Active Registration): Will the County please clarify if item 5.2.24 of the RFP regarding a California Department of Justice, Office of Attorney General Active Registration is required? According to the link provided, the registration is related to charitable organizations which is unrelated to our line of work.

    A: Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.


    Q (Page Limit): Will the County allow the table of contents to be excluded from the 30-page limit?

    A: Page count does not include County provided forms, cover page, or dividers (Table of Contents).


    Key dates

    1. April 3, 2026Published
    2. April 24, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.